Carpet renewal for the USCGC Margaret Norvell
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Jan 12, 2023 09:23 am EST
- Original Date Offers Due: Feb 02, 2023 03:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Feb 17, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: N099 - INSTALLATION OF EQUIPMENT- MISCELLANEOUS
- NAICS Code:
- 238330 - Flooring Contractors
- Place of Performance: Miami Beach , FL 33139USA
Description
This combined synopsis/solicitation for construction services prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This synopsis/solicitation is being advertised as Small Business Set-Aside only. This announcement constitutes the only solicitation; no separate written solicitation will be issued.
The solicitation number is 52050PR230000023
Applicable North American Industry Classification Standard (NAICS) codes are: 238330
238330 Flooring Contractors , Size standard in Millions ($14.0)
This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Best Value.
When submitting your proposals, request a price breakdown of the following:
a. Cost of materials and equipment
b. Cost of labor
Contract will be awarded to the vendor who can provide Best value which includes all labor, material, cost and equipment required within the SOW. Cost and Past Performance factors will also be considered when selecting the award.
Anticipated award date: 5 business days after close of solicitation, OOA 05 Feb 2023
Quotes are to be received no later than close of business (3 p.m.) on Thursday 02 FEB 2023 and are to be sent via e-mail to Mehdi.Bouayad@uscg.mil
Quotations sent via the US Postal Service or hand delivered should be sent to:
Commanding Officer USCG Base Miami Beach (P&C) Attn: Mehdi Bouayad
909 SE 1st Ave, Room 512
Miami, FL 33131.
Telephone requests of quotes, will not be accepted, a formal notice of changes (if applicable) will be issued in SAM.GOV (SAM.gov | Home).
Wage determinations: FL2015-4543 REV 23 dated 12/27/2022
1. SCOPE
1.1 Intent. This work item describes the requirements for the Contractor to renew deck covering as
identified in Table 1.
TABLE 1 - CARPETING RENEWAL
LOCATION
AREA
(SQFT)
DECK
MTL
COVE
BASE SYSTEM COLOR
UNDERLAYMENT
REQUIREMENT
1 Person
Stateroom
(2-10-2-L)
21 Alum
Joiner Deck
YES
See 3.2.1 Deck covering color
No underlayment required (deck covering to be installed over painted
deck surfaces)
1 Person
Stateroom
(2-10-1-L)
21 Alum
Joiner Deck
YES See 3.2.1 Deck
covering color
No underlayment required (deck
covering to be installed over painted
deck surfaces)
2 Person
Stateroom
(2-15-2-L)
35 Alum
Joiner Deck
YES See 3.2.1 Deck
covering color
No underlayment required (deck
covering to be installed over painted
deck surfaces)
2 Person
Stateroom
(2-15-1-L)
35 Alum
Joiner Deck
YES See 3.2.1 Deck
covering color
No underlayment required (deck
covering to be installed over painted
deck surfaces)
4 Person
Stateroom
(2-17-2-L)
55 Alum
Joiner Deck
YES See 3.2.1 Deck
covering color
No underlayment required (deck
covering to be installed over painted
deck surfaces)
2 Person
Stateroom
(2-17-1-L)
35 Alum
Joiner Deck
YES
See 3.2.1 Deck
covering color
No underlayment required (deck
covering to be installed over painted
deck surfaces)
2 Person
Stateroom
(2-21-2-L)
35 Alum
Joiner Deck
YES
See 3.2.1 Deck
covering color
No underlayment required (deck
covering to be installed over painted
deck surfaces)
4 Person
Stateroom
(2-20-1-L)
55 Alum
Joiner Deck
YES
See 3.2.1 Deck
covering color
No underlayment required (deck
covering to be installed over painted
deck surfaces)
ENG CPO
Stateroom
(2-23-2-L)
48 Alum
Joiner Deck
YES
See 3.2.1 Deck
covering color
No underlayment required (deck
covering to be installed over painted
deck surfaces)
1.2 Government-furnished property.
None.
USCGC MARGARET NORVELL (WPC-154) DOCKSIDE AVAILABILITY FY2023
51 (REV-0)
2. REFERENCES
COAST GUARD DRAWINGS
Coast Guard Drawing 154WPC 634-301, Rev A, Deck Covering Schedule
COAST GUARD PUBLICATIONS
Surface Forces Logistics Center Standard Specification 6341 (SFLC Std Spec 6341), 2020, Install
Interior Deck Covering Systems
Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2020,
Welding and Allied Processes
OTHER REFERENCES
Federal Specification (Fed Spec) DDD-C-95, Mar 1972, Carpets and Rugs, Wool, Nylon,
Acrylic, Modacrylic
MIL-STD-1623E, April 2010, Fire Performance Requirements and Approved Specifications for
Interior Finish Materials and Furnishings (Naval Shipboard Use)
3. REQUIREMENTS
3.1 General.
None.
3.1.2 Tech Rep.
Not applicable.
3.1.3 Protective measures. The Contractor must furnish and install all protective coverings to seal off
and protect all non-affected vessel's components, equipment, and spaces near the work area against
contamination during the performance of work. Upon completion of work, the Contractor must remove
all installed protective measures, inspect for the presence of contamination, and return all contaminated
equipment, components, and spaces to original condition of cleanliness.
3.1.4 Interferences. The Contractor must handle all interferences in accordance with SFLC Std Spec
0000, paragraph 3.3.5 (Interferences).
3.2 Carpeting Renewal Requirements. The Contractor must renew the carpeting in the locations
specified in Table 1. New carpeting must be in accordance with PC 2 of Coast Guard Drawing 154WPC
634-301. Perform all tasks specified in SFLC Std Spec 6341 and herein.
3.2.1 Deck covering color. PC 2 of Coast Guard Drawing 154WPC 634-301 must be color navy blue.
3.2.2 Visual inspection. Prior to installation, the Contractor must perform a visual inspection of all
exposed deck surfaces. Submit a CFR.
3.2.3 Cove Base. The Contractor must renew all associated cove base (PC 7 on Coast Guard Drawing
154WPC 634-301) for each compartment listed in Table 1 if the associated Cove Base column is marked
USCGC MARGARET NORVELL (WPC-154) DOCKSIDE AVAILABILITY FY2023
52 (REV-0)
“YES”. 4 inch wide cove base must be installed in lieu of 2.5 inch wide cove base as specified on the
dwg. Use Black cove base for renewals.
3.2.4 Carpet Edging Adjacent to Hatches. In lieu of rubber edging as shown in the image below, all
carpet edges that butt up against hatches must have a sewn edge similar to the edge that surrounds the
carpet attached directly to the hatch cover, as shown below.
Per provided SOW.
X: Regulations while onboard Coast Guard Base Miami Beach:
1. Daily colors and the raising/lowering of the American flag will take place every morning at 0800 and every evening at sunset. All personnel on Base will face the main flag pole & maintain silence and all vehicles & equipment will halt during these brief events.
2. The construction site shall be maintained in a clean condition at all times. This included daily clean-ups of the construction and storage areas (FAR 52.236-12). The site shall be well lit and well barricaded/cordoned off as appropriate.
3. Contractors are welcome to eat breakfast & lunch on Base in the base galley at cost. Breakfast is served from 0600-0730 daily & lunch will be served from 1200-1300 daily in the galley. All personnel desiring meal service shall be in clean, non-soiled clothing. The Coast guard reserves the right to refuse service to anyone it deems dirty.
4. There are two smoking areas on base, one in the central northern parking lot covered by the tiki hut & one in the NW corner of the southern larger parking lot. No smoking is permitted anywhere else on base.
5. Contractors are welcome to utilize the Base’s Exchange store; however, contracted personnel are prohibited from purchasing any uniform, alcohol or tobacco products in it.
6. Traffic Regulations:
a) 10 mph speed limit
b) No use of cell phones is permitted while driving vehicles or operating heavy machinery
c) All personnel shall obey all marked traffic signals including stop signs & stop lights.
7. Absolutely no firearms or weapons of any kind are allowed onboard Base Miami Beach.
8. Only American citizens and permanent resident aliens are allowed onboard Base Miami Beach Facilities. Absolutely no foreign nationals are permitted on the premises.
9. Notice shall be given to the Coast Guard’s representative 1 week in advance
of any planned power, water, sewage or lighting outages. 10. The contractor shall provide a consolidated list of all contracted personnel including their driver’s license numbers (or other valid gov’t issued ID number) who will be working on Base Miami Beach Facilities either the day of or prior to the notice to proceed date.
11. Contractors are welcome to utilize the restrooms on the 1st decks of Buildings 3, 4, and 7 providing they are clean and do not track mud, dirt or any other debris into the restrooms.
12. Should warnings of gale force or stronger winds, or other inbound natural disasters be issued, the contractor shall take every practicable precaution to minimize the danger to persons, to the work, and the adjacent property. These precautions shall include closing all openings, removing all loose materials, tools and equipment from exposed locations, and removing or securing scaffolding, securing field trailers, and other appropriate equipment and other temporary work.
13. No personnel other than the contracting officer has the authority to alter the terms of any contract or to issue any change orders.
14. All contractor vehicles, equipment and gear onboard Coast Guard properties are subject to search at all times. Additionally at all times due to security and operational needs, the contractors is subject to orders to evacuate the property at any time.
15. Due to the compact & dense nature of operations & support functions ongoing on board Base Miami Beach all efforts within reason to minimize the size and footprint of the contractor’s lay down area shall be taken. Contractors shall carpool as much as possible to minimize the number of vehicles needing parking on Base. At a minimum, the ratio of contractors to contractor vehicles shall be no less than 2:1.
16. All piers on base Miami Beach are load restricted in some form. If contractors need to bring heavy equipment (cranes, forklifts, 18 wheelers, man-lifts, construction equipment, backhoes, excavators or other equipment heavier than standard sedans) closer than 40’ to any pier on base to complete their project the contractor shall submit a request for information (RFI) to the Contractor’s representative.
Location of Work:
U.S. Coast Guard Base Miami Beach
USCGC Margaret Norvell
100 MacArthur Causeway
Miami Beach, FL 33139
Performance Period: Performance of work is expected to commence NLT 10 days after award is made. Extension period must be approved by the Contracting Officer for any unforeseen delays.
Site visit: It is highly recommended and encouraged that interested party’s contact Mr. Bryan Goltz for a site visit which will be held on Friday Jan 20, 2023 at 10:00AM EST. For scheduling contact Mr. Bryan Goltz via email Bryan.W.Goltz@uscg.mil
Or via phone at (305) 535-4337.
**All Questions and Answers will not be accepted after 23 Jan 2023 at 10:00AM EST.
APPLICABLE FAR CLAUSES
FAR 52.213-4: 52.213-4 Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items).
ATTACHED BY REFERENCE
52.222-6 CONSTRUCTION WAGE RATE REQUIREMENTS
52.236-2 DIFFERING SITE CONDITIONS (APRIL 1984)
52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK (APRIL 1984)
52.236-27 SITE VISIT (CONSTRUCTION) {FEB 1995)
Work hours: Monday through Friday, 0730 – 1800 (7:30 am – 6 pm) No weekends or Holidays authorized.
See attached applicable FAR Clauses by reference.
Offerors may obtain full text version of these clauses electronically at: www.arnet.gov/far
The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); Contracting Officers Technical Representative (Dec 2003) (COTR) HSAR 3052.237-72. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
Request Company’s Tax ID information and UEI number.
Vendors providing an offer must be registered in SAM (System for Award Management) prior to close of this solicitation. https://www.sam.gov/portal/public/SAM/. The vendors SAM registration must be in an “ACTIVE” status prior to award.
Vendors must ensure that the above listed NAICS codes are listed on their SAM registration to perform this type of service.
Attachments/Links
Contact Information
Contracting Office Address
- 100 MACARTHER CAUSEWAY MIAMI FL 33139
- MIAMI , FL 33132
- USA
Primary Point of Contact
- Bryan Goltz
- Bryan.W.Goltz@uscg.mil
- Phone Number 305-535-4337
Secondary Point of Contact
- Chris Carter
- Chris.J.Carter@uscg.mil
- Phone Number 305-535-4362
History
- Mar 08, 2023 11:59 pm ESTAward Notice (Original)
- Feb 17, 2023 11:58 pm ESTCombined Synopsis/Solicitation (Original)